Waste Water Testing

SOL #: N0017326Q5808Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL RESEARCH LABORATORY
WASHINGTON, DC, 20375-5328, United States

Place of Performance

Washington, DC

NAICS

Testing Laboratories and Services (541380)

PSC

Other Quality Control, Testing And Inspection Services: Water Purification And Sewage Treatment Equipment (H946)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 17, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Mar 26, 2026, 10:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Naval Research Laboratory (NRL), under the Department of the Navy, is soliciting quotations for Waste Water Testing services via a Combined Synopsis/Solicitation (RFQ). This is a Total Small Business Set-Aside on a Firm-Fixed-Price (FFP) basis. The requirement is for comprehensive laboratory support to analyze samples collected for NRL's Environmental Program. Quotations are due by March 26, 2026.

Scope of Work

The contractor shall provide laboratory testing services, including picking up samples from NRL in Washington, DC within two calendar days of request. The laboratory must be certified by MARTEL LABORATORIES JDS, INC, the DC Department of Energy and Environment, and/or the U.S. Environmental Protection Agency for the specific constituents analyzed. All analyses must adhere to standard EPA Methods.

Key analyses include:

  • Drinking Water: Lead & Copper, Total Coliform, Nitrate, Disinfection Byproducts (HAA5, TTHM).
  • Wastewater: Total Petroleum Hydrocarbons (TPH), Oil & Grease, various Metals (Copper, Mercury, Zinc, Arsenic, Cadmium, Lead, Molybdenum, Nickel, Silver), Cyanide, Total Toxic Organics (TTO), and PCBs (with a detection limit of at least 0.001 mg/L).
  • Transformer Oil: PCB tests.
  • Fuel Oil: API Gravity, Heat of Combustion, Sulfur Content.
  • TCLP: Complete Extracts for Metals & Organics. A ten-day turnaround is required for routine test results, with positive or MCL-exceeding results reported within 24 hours. Laboratory analysis reports may be submitted electronically.

Contract & Timeline

  • Type: Request for Quotations (RFQ), Firm-Fixed-Price (FFP)
  • Set-Aside: Total Small Business
  • NAICS: 541380 (Small Business Size Standard: $19,000,000.00)
  • PSC: H946 (Other Quality Control, Testing And Inspection Services: Water Purification And Sewage Treatment Equipment)
  • Period of Performance: March 1, 2026, to February 28, 2031 (Base + 4 Option Years)
  • Place of Performance: U.S. Naval Research Laboratory, 4555 Overlook Avenue, SW, Washington, DC 20375
  • Response Due: March 26, 2026, 22:00 UTC
  • Published: March 25, 2026

Submission Requirements

Offerors must submit one copy of their technical and price quote via email. Submissions must include the Company Cage Code, Manufacturer’s Name, and Country of Origin. Quotes should state acceptance of the solicitation's terms and conditions or list any exceptions with rationale. An active registration in SAM.gov is required.

Evaluation Criteria

Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award. Options will be evaluated by adding their total price to the basic requirement.

Special Requirements

The contractor must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller for any proposed equipment/systems, ensuring OEM warranty and service. Documentation from the manufacturer confirming authorization is required. FOB Destination is the preferred method.

Point of Contact

All questions regarding this solicitation must be submitted via email to Yina Brooks at yina.brooks.civ@us.navy.mil. Reference the solicitation number in all correspondence.

People

Points of Contact

Yina BrooksPRIMARY

Files

Files

Download
Download
Download

Versions

Version 4Viewing
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View
Version 1
Special Notice
Posted: Mar 17, 2026
View
Waste Water Testing | GovScope